Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2022 SAM #7481
SOURCES SOUGHT

65 -- MRI Scanner Upgrade

Notice Date
5/23/2022 11:53:57 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00264
 
Response Due
6/7/2022 7:00:00 AM
 
Point of Contact
Eric McKay, Karen Mahon
 
E-Mail Address
eric.mckay@nih.gov, Karen.Mahon@nih.gov
(eric.mckay@nih.gov, Karen.Mahon@nih.gov)
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Purpose and Objectives: This requirement is for a major upgrade to the Philips 3T Ingenia MRI scanner owned and operated by the National Institutes of Health (NIH) at Medstar Harbor Hospital in Baltimore, MD. The primary purpose of this upgrade is to increase the maximum strength, slew rate and duty cycle of the imaging gradients by employing improved gradient coil and amplifier technology. The MRI magnet and peripheral coils will remain unchanged, while improvements will be made to improve patient safety monitoring, reduce the footprint in the equipment room and optimize workflow in the acquisition and processing software. Project requirements: NIA requires the following salient characteristics for the upgrade: The new gradient, shim and radio-frequency body coils, as assembled together, must be physically, magnetically and electrically compatible with NIA�s existing 3.0 Tesla MRI magnet, patient bed system and associated safety monitoring equipment. The contractor must provide all power supplies and amplifiers needed to drive the new gradient, shim and radio-frequency body coil. All new hardware and software must be physically, magnetically, electrically and software-compatible with NIA�s existing head, torso and extremity receive-only and transmit-receive coils, including third-party 31P surface coils from PulseTeq, Ltd. and 1H/31P and 1H/23Na head coils from RAPID Biomedical GmbH. After upgrade, the MRI scanner must remain FDA-certified for human imaging in a clinical setting. After upgrade, the MRI scanner must be capable of executing the scans comprising NIA�s research protocols with no change in experimental parameters including field-of-view, slice thickness, in-plane resolution, water-fat shift, echo time (TE), inversion time (TI) and repetition time (TR). After upgrade, the patient bore diameter, with all covers in place, must be at least 70 cm. After upgrade, the MRI scanner must be capable of generating gradient pulses of at least 65 mT/m on each axis (X, Y or Z) individually at a slew rate of at least 220 T/m/s with a duty cycle of 100%. After upgrade, the MRI scanner must include a multinuclear (MN) accessory with at least 8 receive channels capable of acquiring data for at least the nuclei sodium-23 (23Na) and phosphorus-31 (31P). After upgrade, the MRI scanner must retain the ability to transmit radio-frequency excitation pulses at the Larmor frequencies of at least the nuclei 23Na and 31P. The above specifications must be satisfied without exchanging the existing 3T MRI magnet or peripheral coils. Contractor must provide all rigging services needed for delivery of new gradient, shim and radio-frequency body coils and removal of coils to be replaced. Contractor must provide all rigging services needed for delivery of new components to our 3T MRI equipment room, including electronic racks and transformers and removal of components to be replaced. Contractor must provide all necessary training for technologists covering new hardware and software features. Anticipated delivery: 12 months after award In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their Unique Entity ID from SAM.gov, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Eric McKay, Contracting Officer, at e-mail address Eric.McKay@nih.gov and Karen Mahon, Contracting Officer, at e-mail address Karen.Mahon@nih.gov. The response must be received on or before June 7, 2022, at 10:00 am, Eastern Time. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f47673f827094eeb9b6d41021f31a456/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN06335922-F 20220525/220523230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.